STAFF AWARD REPORT                                            

To:

John Livey, Chief Administrative Officer

Re: 

285-Q-08 Leadership Development Program

Date: 

February 6, 2009

Prepared by:

Miriam Comerford, HR Manager, Learning & Organization Development

Alex Moore, Manager of Purchasing

 

RECOMMENDATION

Recommended Supplier

Seneca College (Lowest Priced Bidder)

Current Budget Available 

$         90,100.00       

200-202-5250 Training Seminars (2009)

Less cost of award

$         38,360.00

$         38,360.00

$         38,360.00

$       115,080.00

2009  (Subject to budget approval)

2010 (Subject to budget approval)

2011 (Subject to budget approval)

Total Award

Budget Remaining after this award

$         51,740.00

*

* The remaining budget when approved by Council shall be used for further training seminars as budgeted for.

 

PURPOSE

To obtain approval to award the contract for leadership development program for middle-managers within the Town.

 

BACKGROUND

This program is to engage its current mid-level management group in interactive, hands on, and practical Leadership Development Program that can positively impact their skill development needs. The current management group is comprised of approximately 60 mid level managers.

 

The Leadership Development Program is designed to deliver a series of single-day programs that covers core leadership competencies.  The core subject areas include:

 

Ø       Leadership and Employee Engagement

Ø       Self-management and performance skills

Ø       Citizen/Client Focus

Ø       Change management skills

Ø       Business Strategy, planning and problem solving skills

 

The training will be held at the Town or another suitable location determined by the Town.

 

BID INFORMATION

Advertised

By Invitation

Number picking up bid documents

3

Number responding to bid

3

 

PRICE SUMMARY

Supplier

Price, Exclusive of GST/ Year

Seneca College

$38,360.00

Durham College

$64,800.00

George Brown College

$92,400.00

 


                                      

 

                                             STAFF AWARD REPORT                                            Page 1 of  2

To:

John Livey, Chief Administrative Officer

Re: 

139-R-08 Employee Service Awards Program

Date: 

February 5, 2009

Prepared by:

Jennifer Banfield, HR Administrator, Compensation & Benefits

 

 RECOMMENDATION

Recommended Supplier

Williams Recognition Ltd. (Highest Ranked and Third Lowest Priced Supplier)

Current Budget Available 

$  83,982.33

200 998 3303 Service Awards

Less cost of award

$  83,982.33

$  72,803.37

$156,785.70

2009 estimate Inclusive of PST and exclusive of GST *

2010 estimate Inclusive of PST and exclusive of GST *

Total cost of award *

Budget Remaining after this award

$           0.00

 

 * Subject to Council approval of the 2009 – 2010 operating budgets.

 

PURPOSE

To obtain approval to award the contract for the employee service awards program for a term of two (2) years (2009 – 2010).

 

BACKGROUND

Under the Town of Markham’s staff recognition program service awards are presented to employees for years of service completed based on intervals of 3, 5, 10, 15, 20, 25, 30 and 35 years of continuous service.  Eligible employees receive gifts of their choice selected from the vendor’s inventories and catalogue based on year service.

 

The request for proposal was released for two (2) years with an option to extend the contract for an additional three (3) years. 

 

 BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

November 7, 2008

Number picking up bid documents

12

Number of companies responding to bid

 6

Staff made contact with three (3) of the bidders that picked up the bid document but did not submit a bid;  one bidder advised that they could not handle due to present work load, one bidder advised they were unable to quote competitively and another could not supply as per the specifications identified in the bid document.

                                                                                                                                                                               

PROPOSAL EVALUATION

The Evaluation Team for the request for proposal was comprised of staff from the Human Resources Department with Purchasing staff acting as the facilitator.

 

The proposals were evaluated based on pre-established evaluation criteria as listed in the request for proposal:  10% past experience of the firm; 20% project delivery; 35% Quality and value of the awards, 5% value added services and 30% price totaling 100%.  The scores are listed in the following table: 

 

Bidder

Total Score

Rank Results

Williams Recognition Ltd.

85.45

1

Rembrandt Awards Mfg. Ltd.

79.47

2

O.C. Tanner Recognition Company Limited

71.76

3

The Diamond Showcase Ltd.

66.00

4

Birks & Mayors Inc.

46.00

5

Needham Promotions Inc.

41.87

6

 Note:  The bids received from the six (6) bidders ranged from approximately $125,000 - $255,000 inclusive of PST and exclusive of GST for a two (2) year contract term.  The price variance between the lowest priced and highest ranked proponent was twenty five-percent (25%).

                                                                                                                                                                                …/2

 


 

 

Staff Award

139-R-08 Employee Service Awards Program                                                                              Page 2 of 2

__________________________________________________________________________________________

 

 

 

OVERVIEW:

 

Williams Recognition Ltd. demonstrated strong and relevant experience with service awards projects of a similar size and scope.  The vendor is able to deliver the service awards program through a variety of means including web, paper and telephone as per the specifications of the request for proposal.  In addition, the vendor has an Administrator website where the Town of Markham can view recipient data and current status of orders thus ensuring dependable and timely service.  The website from which employees can have the option to order their service awards is clear, intuitive and easy to use thus enhancing the service awards experience for employees.  The selection of gifts is broad and satisfies all major categories including jewelry, lifestyle, Canadiana and technology.   Williams Recognition has competitive delivery of goods and strong return and customer satisfaction policies compared to the other vendors.

 

Staff are recommending a two (2) year term to review the service levels provided by the highest ranked bidder and if deemed to meet requirements, Staff will seek the appropriate approvals to award the three (3) additional years as outlined in the bid document.

 

 


                                      

 

                                     STAFF AWARD REPORT                                            Page 1 of 3

To:

John Livey, Chief Administrative Officer

Re: 

138-S-08 Senior Leadership Development Plan

Date: 

November 14, 2008

Prepared by:

Miriam Comerford, Sr. Learning and Organization Development Specialist

Alex Moore, Manager, Purchasing

 

RECOMMENDATION

Recommended Supplier

HORN (Preferred Supplier)

Current Budget Available 

$ 135,000.00

200 202 5250 Training Seminars

Less cost of award

$  44,900.00

$  44,900.00

$  44,900.00

$134,700.00

Year one (2009)

Year Two (2010)*

Year Three (2011)*

Total award

Budget Remaining after this award

$  90,100.00

**

* Year two (2010) and three (2011) are subject to Council’s approval of the annual operating budget.

** The remaining budget of $90,100.00 shall be used for further training seminars as budgeted for in account 200 202 5250.

 

Staff further recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (h) which states “Where it necessary or in the best interests of the Town to acquire non-standard items or Consulting and Professional Services from a preferred supplier or from a supplier who has a proven track record with the Town in terms of pricing, quality and service. “

 

PURPOSE:

To obtain approval to award a three year contract for a leadership development program for all Directors, Commissioners and the CAO.

 

BACKGROUND:

With the end of the Schulich program, the Town has an opportunity to develop a focused senior leadership development program with built-in return on investment reports.  Since 2006, the Town has engaged the consultancy firm, HORN, to provide us with a number of programs to enhance performance within the Town of Markham.  Through a comprehensive needs assessment process, HORN delivered programs to meet the precisely defined needs of the Town of Markham and the identified gaps in the performance of our learners. Rather than a generic solution to leadership development, we are embarking on a customized leadership development program to address issues germane to our senior leadership group.

 

To date, HORN has spent over 268 hours working with the Town of Markham conducting assessments and facilitating customized workshops.  Since HORN has undertaken a number of consultations with the CAO, Commissioners, Directors, Councillors and the Mayor in addition to several workshops, staff want to leverage their knowledge and success in working on various projects with the Town.

 

We are recommending an approach to senior leadership development that provides a consistent framework to enhance the quality of leadership development across the organization maximizes opportunities for collaboration across businesses and provides a forum to communicate leadership standards and expectations. The benefit of this strategy includes establishing a common language of leadership, focusing development on key positions.

 

 

 


 

 

 

Staff Award

138-S-08 Senior Leadership Development Plan                                                                                           Page 2 of 3

______________________________________________________________________________________________

 

 

 

The outcomes expected as a result of a comprehensive leadership development program are:

 

Business Needs Assessment

HORN will conduct a series of strategic needs assessments during the three-year program to ensure that the programs delivered are current and relevant.  This kind of continuous improvement process is consistent with our commitment to NQI.

 

Program Design

A leadership development strategy with maximum opportunity for cross-functional collaboration enhances the development of emerging leaders.  This plan will include 12 days of in-class facilitation spanning three years covering the following topics: foundation of Leadership, Leading change, Leverage Coaching for peak

Performance, Navigating Complex Challenges, Leadership and Advanced Coaching, Leading through Vision, Leadership and High Performance Teams, Results Oriented Leadership, Leadership through Innovation, Project Management for Executives, Presenting as a Leader and Managing Measurable Results.

 

These workshops will provide an opportunity to reinforce standards of leadership.  Unclear standards of leadership can create dissatisfaction among leaders and can contribute to an employee’s poor perception of leadership quality, driving disengagement.

 

Based upon HORN’s experience with the Town of Markham, attached is a draft learning map of proposed working sessions.  The topics will be refined based upon further needs assessments and the results of sessions held with Town senior leaders. 

 

Executive Coaching

In order to be sustainable, the coaching needs to be business driven.  As a development tools for senior managers and executives, high consideration is given to aligning the coaching session to business needs.  As such, our strategy is to position coaching as a benefit to the business as well as the individual to ensure a greater return on investment for the organization. A key differentiating feature between our proposed approach and traditional methods is to link each coaching opportunity with the strategically positioned leadership program.  Since the program is designed to target business needs, the supporting coaching session for each participant is to help create a linkage between the theory in the program and his or her business targets in addition to the behaviours that will support the achievement of these targets. Using a preferred vendor allows us to create a coaching model that integrates leadership development with our overall business strategy. 

 

Program Evaluation -- Metrics

 

HORN is committed to sustainable learning and as such, post session evaluations will be held to ensure that the programs are meeting the developmental and organizational needs of the Town.  Every session will have two evaluations, Level I metric to measure satisfaction with aspects of the program including the facilitator, topic and applicability of the material; and Level II to measure knowledge acquired during the session including improved skills and professionalism.  This approach again aligns with their commitments to NQI framework.

 

FINANCIAL DISCUSSIONS

Based upon statistics from Schulich, the Town of Markham invested $282,000 in the Schulich program.  Since 2001, thirty-seven managers graduated from the program.   An additional nineteen other managers began the program but did not complete all modules.

 

 


 

 

 

Staff Award

138-S-08 Senior Leadership Development Plan                                                                                           Page 3 of 3

______________________________________________________________________________________________

 

 

 

FINANCIAL DISCUSSIONS  (Continued)

The University of Toronto did submit a proposal for a generic program that would provide participants with a Certificate in Strategic Leadership.  Participants would be expected to completed six courses: Critical Thinking, Strategic Planning and Execution, Personal Impact – The Emotionally Intelligent Leader, Leading Change, Putting Leadership into Action and an elective at a cost of $199,890.

 

The program proposed by HORN will span three years and is designed exclusively for senior managers’ leadership team – CAO, Commissioners and Directors.  The proposed cost is $134,700 for a customized program including executive coaching.

 

HUMAN RESOURCES CONSIDERATIONS

All senior managers would be expected to commit to a series of workshops and coaching sessions, approximately 10 working days over a span of three years.  In addition, there will be nine – one hour coaching telephone conversations with a HORN coach advisor.

 


                                      

 

                                                          STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

#251-T-08 Short Term Rental of Vehicles for 2009

Date: 

January 22,2009

Prepared by:

Laurie Canning, Manager, Fleet & Supplies

Patti Malone, Senior Buyer, Purchasing

 

RECOMMENDATION

Recommended Supplier (s)

Sommerville National Leasing & Rentals Ltd.(Lowest Priced Supplier)

Avis Budget Group (Lowest Priced Supplier)

Current Budget Available

$253,720.00

 750 752 5500 Vehicle Rent/Lease – 2009 Budget*

Less cost of award

$137,592.00

$  88,814.88

$226,406.88

Inclusive of PST, Exclusive of GST (Sommerville,12 vehicles)

Inclusive of PST, Exclusive of GST (Avis Budget,29 vehicles)

Total Cost of Award

Budget Remaining after this award

$   27,313.12

** 

* Subject to Council approval of the 2009 operating budget.

**Balance remaining to be spent on other rentals or other operating expenses as needed.

 

PURPOSE

To obtain approval to award the contract for the short term rental of vehicles for 2009.

 

BACKGROUND

These vehicles are for 2009 seasonal requirements identified by the Operations Parks, Waste Management, Bylaws and Operations Roads departments.  These units are required as seasonal fleet units to deliver the required services throughout the spring and summer seasons.  An additional rental was added for the seasonal staff in Operations to cover the area of special events.

 

BID INFORMATION

Advertised

ETN

Bids closed on

December 19, 2008

Number picking up bid documents

7

Number responding to bid

4

 

PRICE SUMMARY (Inclusive of PST, Exclusive GST)

Vehicle Type

Qty

Mnths

Start Date

End Date

AVIS BUDGET GROUP

SOMERVILLE NATIONAL LEASING

BENNETT FLEET LEASING

ENTERPRISE RENT-A-CAR

9200 lbs GVW Crew Cab Pickups

10

7

Apr-01

Oct-31

$1,080.00

$1,057.32

$0.00

$0.00

9200 lbs GVW Crew Cab Pickups

10

5

Apr-01

Aug-31

$1,080.00

$1,182.60

$0.00

$0.00

9200 lbs GVW Crew Cab Pickups

2

7

May-01

Nov-30

$1,080.00

$1,057.32

$0.00

$0.00

1/2 ton Regular Cab Pickups

14

4

May-01

Aug-31

$972.00

$997.92

$1,350.00

$1,350.00

1/2 ton Regular Cab Pickups

5

6

May-01

Oct-31

$972.00

$997.92

$1,350.00

$1,350.00

*As compared to the previous contract (2008), these prices represent an approximate 8% decrease in the unit costs, one more unit rented and two additional months of rental.

 

 


 

 

 

Staff Award

251-T-08 Short Term Rental of Vehicles for 2009                                                                                      Page 2 of 2

______________________________________________________________________________________________

 

 

 

The following is the changes in quantities and months from the 2008 to the 2009 contract:

Vehicle Type

2008 Qty

2009 Qty

2008 Mnths

2009 Mnths

9200 lbs GVW Crew Cab Pickups

10

10

8

7

9200 lbs GVW Crew Cab Pickups

8

10

5

5

9200 lbs GVW Crew Cab Pickups

2

2

4

7

1/2 ton Regular Cab Pickups

16

14

4

4

1/2 ton Regular Cab Pickups

4

5

6

6

Totals

40

41

27

29

 

 

E3 Project

An E3 project was proposed that would look into options to purchase used vehicles as summer rentals and dispose of them at a later date.  The idea was that part of the capital purchase could be recovered to reduce the net cost of ownership. The analysis of this project will also need to deal with, costs for repair and upkeep, storage/use of vehicles in the off season, and right sizing of vehicles.  Since the tendering for the rental vehicles needs to occur in November each year to be able to secure the volume of vehicles for the following summer, the analysis work for this project will be undertaken by Operations and Finance staff by Q2 2009 so that we can be in a position to implement the recommendations for 2010.

 

 

 


 

                                                               STAFF AWARD REPORT

To:

John Livey, Chief Administrative Officer

Re: 

009-T-09 Berczy Park Athletic Field Reconstruction

Date: 

February 2, 2009

Prepared by:

Mark Ingwersen, District Manager West

Patti Malone, Senior Buyer

 

RECOMMENDATION:

Recommended Supplier

Colpac Construction (Lowest Priced Bidder)

Budget Available for Award 

$           242,042.90

059-6150-8046-005 Berczy Park Soccer Field

Less cost of award

$           207,000.00

$             20,700.00

$           227,700.00

Excluding GST

Contingency (10 %)

Total Award

Budget Remaining after this award

$             14,342.90

*

*The remaining balance of $14,342.90 will be returned to the original funding source upon payment of the final invoice.

 

PURPOSE:

To obtain approval to award the contract for Berczy Park athletic field reconstruction.

 

BACKGROUND:

The lit soccer field at Berczy Park is a class “A” field, and is one of the primary lit facilities used by Markham Soccer Club.  The Club has expressed concerns about the field including poor drainage and soil compaction since it was constructed as part of Berczy Park.  This project involves de-commissioning this soccer pitch and reconstructing it to correct various grading and construction issues to remedy the Club’s concerns and create a safe, playable field.  The work includes stripping existing sod, regrading the entire field and installing a tile drainage system and irrigation system.   The high demand for soccer fields will require this work to be done in the fall of 2009 at the close of play, regardless of weather or ground conditions.  The 10% contingency has been added to cover restoration work to surrounding grounds in the event that the work must be completed in very wet/soft ground conditions. 

 

BID INFORMATION:

Advertised

ETN (Electronic Tendering Network)

Bids closed on

January 21, 2009

Number picking up bid documents

37

Number responding to bid

10

 

PRICE SUMMARY:

Supplier

Price (Inclusive of PST & exclusive of GST)

Colpac Construction Inc.

$207,000.00

Rutherford Contracting Ltd.

$236,835.46

Advanced Landscapes

$243,355.45

Dol Turf Restoration Ltd.

$268,781.00

Cambium Site Contracting Inc.

$271,830.00

Gateman-Milloy Inc.

$276,801.75

S & F Excavating Ltd.

$280,000.00

Mopal Construction Ltd.

$292,200.00

Pine Valley Enterprises Inc.

$334,800.00

Griffith Property Services Ltd.

$357,893.95

 

 


                                      

                                                          STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

047-S-09 Joint Portal Project – Initial phase (Project plan and phase I procurement document)

Date: 

February 2, 2009

Prepared by:

Nasir Kenea, CIO


 RECOMMENDATION:

Recommended Suppliers

IBM Canada Ltd. – Global Business Services (Preferred Supplier)

Current Budget Available 

$   2,169,936.00

049 5350 8659 005 *

Less cost of award

$        88,500.00

049 5350 8659 005 (Town of Markham)

 

$        88,500.00

Region of York **

 

$      177,000.00

Total Award**

Budget remaining after this award

 $   2,081,436.00

***

*The current budget available has been reduced by $830,064.00 ($792,307.00 commitment to IBM for hardware/software and support services) approved by Council (October 14, 2008) as well as other consultant support of $37,757

**An amount of $88,500.00 (50% of the cost for this engagement) will be paid by the Region of York as part of the 50% cost sharing arrangement for the Joint Portal project.

***The remaining balance of $2,081,436.00 in account 049 5350 8659 005 will be used for the purpose of implementing portal technology in multiple phases through council approval.

 

Staff further recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (c) when the extension of an existing contract would prove more cost-effective or beneficial;

 

PURPOSE:

To obtain approval to award the contract for a professional service required as a pre-cursor to the initial phase procurement (and implementation) of the Joint Portal Project for Town of Markham and York Region.

 

BACKGROUND:

As part of the Joint Portal initiative between The Town of Markham and York Region, IBM Canada Ltd was awarded Part A, B & C of the contract (077-R-07) to provide Hardware, Software, and Support Services following both Markham and York Region council resolutions on Oct. 14, 2008 and Nov. 20, 2008, respectively (see attached).  Part D - Professional Services – was not awarded at the time due to the cost and the multiyear commitment required if the Professional Services was awarded for all phases upfront.  The recommended strategy is to follow a phase-based approach with the flexibility to manage the scope and pace of implementation based on need and capacity, with the possible opportunity to minimize cost through a procurement process for each phase.  

 

A jointly funded Project Manager is currently being recruited through York Region to oversee the overall project implementation of this initiative.  One of the other key roles of this position is to provide recommendations and professional advice on the procurement for Professional Services.

 

Before proceeding with the procurement of Part A, B & C of the award, it is recommended that pre-requisite planning work be undertaken.  The objectives of this engagement include:

 

·    Defining the scope of the initial portals (Markham & York Region) – to subsequently be used for procurement

·    Providing the portal deployment roadmap (overall rollout plan) for the next few years

·    Defining the Non-Functional requirements for the Portal Infrastructure

·    Validating the scope of the infrastructure (hardware, software etc.) and adjust the physical design

 

Through the participation of various business units at the Town & the Region, this undertaking will engage stake holders to determine priorities as well as set expectations for the project implementation.

 


 

 

 

Staff Award                                                                                                                                                                          

047-S-09 Joint Portal Project – Initial phase (Project plan and phase I procurement document)    Page 2 of 2

 

 

The detail business requirements for the Joint Portal project were identified in the Joint Portal RFP, for which IBM was the successful bidder.  As a result, IBM’s technology platform (hardware & software) has been chosen for the Joint Portal implementation (see attached).  Considering the complexity of the project, it is recommended that this initial engagement be undertaken by IBM as the preferred supplier to provide a comprehensive plan for all

implementations based on all our requirements.  This approach will ensure that the all phases of the project will be properly planned, and enhances the overall success of this multi-year initiative. 

 

Once this initial engagement is completed, the Town of Markham will go through a phase-based process of procurement and/or negotiation with IBM for each implementation cycle, with reports to council for approvals. Although the Town is managing the procurement process for this engagement, the funding for this engagement will be equally shared between the Town of Markham and York Region. 

 

 

 


                                      

                                      

 

                                                          STAFF AWARD REPORT      

To:

John Livey, Chief Administrative Officer

Re: 

010-Q-09 Berczy South Sportsfield Lighting (electrical)

Date: 

January 20, 2009

Prepared by:

Neal Unsworth, Parks Development Coordinator

Malcolm Hann, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

Nadalin Electric Co. Inc, (lowest priced supplier)

Current Budget Available 

$  155,633.48

081-5350-9348-005 Berczy Park Lighting

Less cost of award

$    99,750.00

$    24,937.50

$  124,687.00

$    11,221.83

$  135,908.83

Inclusive of PST, exclusive of GST

Construction Contingency (25%) *

Total  Award

Internal admin fee (9%)

Total Project cost

Budget Remaining after this award

$    19,724.65

***

* Staff is recommending a 25% contingency for the above noted project due to winter construction, heat, snow removal, frost mitigation, site disruption, soil conditions, field repair, etc., which may arise due to the 2009 winter conditions.

** The remaining balance in the amount of $19,724.65 shall have $5,000 added to the electrical consultant MJS purchase order for a contingency and the remaining balance of $14,724.65 be returned to the original funding source.

 

PURPOSE

To obtain award approval for installation of lighting in Berczy South Sportsfield.

 

BACKGROUND

The reservoir works being undertaken at Milliken Mills Park will displace several fields and various sports groups will have to be relocated to other fields in Markham. One of the fields that will be lost is a hard ball diamond of which there are only two other parks in Markham to which these leagues can be moved: Ashton Meadows Park and Berczy Park. A move to Ashton Meadows Park of hardball teams would displace the softball teams who regularly play there. Consequently the recommended approach is to allow the softball teams to remain at Ashton Meadows Park and install lights at the existing diamond in Berczy Park. This will provide greater capacity to accommodate the groups and allow them to use the field later into the evening. Additionally Installation of lights at Berczy will provide the least amount of disruption to the existing user groups.

 

BID INFORMATION

Advertised

By invitation

Bids closed on

January 15th, 2009

Number picking up bid documents

3

Number responding to bid

3

 

The Berczy South Community Park softball field lighting project is highly time sensitive in nature.  Since, the work is to occur during the winter, the contract will require response to an extremely small weather dependant mobilization window.  The Town invited vendors with a known capacity to complete similar projects under similar severe constraints.  Any delay would be unacceptable to the Town’s Recreation programming group as well as for their potentially effected public user groups.  

 

 

PRICE SUMMARY

Supplier

Install Town supplied materials

Electrical services including all appurtenances

Total

Nadalin Electric Co. Inc.

$ 20,500.00

$  79,250.00

$   99,750.00

Wayne Electric Co.

$ 25,200.00

$  84,700.00

$ 109,900.00

Kudluk Baird Electrical

$ 49,450.00

$ 108,449.00

$ 157,899.00

 


                                  

 

                                                                STAFF AWARD REPORT                                            

To:

Jim Baird, Commissioner Development Services

Re: 

024-Q-09 Markham Centre Hwy #7 Precinct Plan

Date: 

January 26, 2009

Prepared by:

Ronji Borooah, Town Architect

Malcolm Hann, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

AndCo (lowest priced bidder)

Current Budget Available 

$ 132,966.00 

080-5399-6262-005 Highway # 7 Corridor Study

Less cost of award

$   65,560.00

$     6,556.00

$   72,116.00

 

$     6,490.00

$   78,606.00

Fees and disbursements Inc. PST , excl. GST

Contingency (10%)

Total award

 

Internal Consulting fee (9%)

Total Project cost

Budget Remaining after this award

$  54,360.004

*

* The award amount of $72,116.00 is within the allocated budget for this project.  The remaining balance of $54,360.00 will be used to complete other components of the highway #7 corridor study as budgeted for within account # 080-5399-6262-005.

 

PURPOSE

To obtain approval to award consultation design services for the preparation of a precinct plan for lands abutting Highway #7 between Warden Avenue to the west and the GO rail tracks to the east, in the area generally referred to Markham Centre.

 

BACKGROUND

These lands are regulated by two secondary plans, OPA 15 north of Hwy 7 and OPA 21 south of Hwy 7, both prepared in the 1990’s. OPA 21 is already under study. With new development applications along Hwy 7 there is an urgent need to revisit and complete revisions to these two secondary plans, including a comprehensive consultation process and a coordinated response to all the development applications along Hwy 7, by June 2009.

.

BID INFORMATION

Advertised

By invitation

Bids closed on

January 12, 2009

Number picking up bid documents

2

Number responding to bid

2

 

PRICE SUMMARY

Supplier

Meeting fees

Other fees

Disbursements

Total

AndCo

$  8,000.00

$ 56,560.00

$ 1,000.00

$65,560.00 *

DTAH

$ 31,910.00

$ 47,825.00

$ 4,941.00

$84,676.00

·         AndCo bid was negotiated from an initial bid of $70,945.00 to $65,560.00, 8% reduction.

·         Staff determined to offer the work to an invited few firms to support the need to urgently retain a consultant with a proven track record in the Town that understands the Town policies which could be beneficial. Both the invited firms AndCo and DTAH, have done work for or are doing similar work for the Town.

 

 

 

 

 

 

 

 

 

 

 

 

 


STAFF AWARD REPORT

                                                                                                                                                                     Page 1 of 3

To:

John Livey, Chief Administrative Officer

Re:

177-R-08 Angus Glen Community Park Landscape Consulting Architectural Services

Date:

January 20, 2009

Prepared by:

Linda Irvine, Manager, Parks and Open Space Development

Malcolm Hann, Senior Construction Buyer

 

RECOMMENDATION

Recommended Contractor

Envision  – The Hough Group  (Highest ranked bidder / 3rd lowest priced among

short-listed bidders )

Current Budget Available

$  436,000.00

 

Less cost of award

$  175,893.62

$    54,689.70

$  230,583.32

$    23,058.33

$  253,641.65

 

$    35,495.00

$  276,469.40

Parts A (Design) and B (Working drawings) Inc. PST / Ex.GST

Part C (Contract Admin.) Inc. PST and Ex. GST *

Subtotal

Contingency (10%)

Total Award

 

Internal admin. Fee (9%)

Total Project cost

Budget Remaining after this award

$  159,530.60 

**

* Award of Part C is contingent on Council approval of the construction budget.

 

** The remaining balance of $159,530.60 will be used for surveying, architectural design, skate park design and skating rink design as budgeted for within account 081-5350-8016-005.  These particular services will occur through a separate competitive process for each specialized service required.

 

PURPOSE

To obtain approval to award landscape architectural consulting services for design; working drawings and tender documents; and, contract administration and warranty inspection for Angus Glen Community Park.

 

BACKGROUND

The Angus Glen Community Park is an eleven (11) acre parcel of land immediately north of and adjoining the award winning Angus Glen Community Centre and Library on Major Mackenzie Drive between Warden Avenue and Kennedy Road. A “preferred” master plan has been identified through a series of staff, Council and resident consultations. Construction of the soccer field (Phase 1 construction of the park) is underway.

 

A Request for Proposal to hire landscape architectural services was released to the marketplace. The terms of the bid stipulated that the selection of the landscape architect would be based on the total quotation for Part A (Design), Part B (Working Drawings and Contract Documents) and Part C (Contract Administration).  The bid document also had a $132,500.00 allowance for surveying, architectural design, skate park design and skating rink design that was used in the price analysis for scoring to ensure a fair and open evaluation.  However, the award of these services will be through a separate bid process. 

 

Council only approved funding for Part A (Design) and Part B (Working Drawings and Contract Documents) at this time, the successful proponent will only we awarded Part A and Part B. Part C (Contract Administration) will be automatically awarded to the successful proponent only when Council approves funding for construction. Future funding approval is anticipated in 2009 but is not guaranteed.

 

BID INFORMATION

Advertised

ETN

Bids closed on

December 5, 2008

Number picking up bid documents

21

Number responding to bid

15

 

 


 

 

 

Staff Award                                                                                                                                                                          

177-R-08 Landscape Architectural Consulting Services for Angus Glen Community Park         Page 2 of 3

__________________________________________________________________________________________________

 

 

 

PROPOSAL EVALUATION:

The evaluation team was comprised of staff from the Urban Design with purchasing staff acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal: 10% for relevant experience, 10% demonstrated experience, 5% comprehension of the project scope 5% work plan, 10% design philosophy, 5% quality of the proposal, 5% demonstrated ability to complete project within the time frame, 10% performance on similar project, 10% ability to achieve design excellence, 30% price, totaling 100%.

 

The top four ranked firms (with scores over 80% - See Table B) were short-listed and invited for interviews on Tuesday, January 6, 2009. The interview was evaluated by the same evaluation team who ranked the proposals based on the following criteria with 5 points available to be awarded for each criteria: overall presentation; design philosophy; opportunities / challenges; amount of resources assigned to the project; collaboration aspect; potential for extra fees; and extent of contract administration necessary to manage the project.

 

The final score for each of the top four proposals was based on the initial score out of 100 plus the interview score out of 35 for a total combined score out of 135. The highest ranked score out of 135 represents the preferred candidate (see Table A).

 

TABLE A – Final Score (Proposals plus Interview)

Consultant

Evaluation

Criteria

70

Price

 

30

Interview

 

35

Total

 

135

Final

Rank

Envision – The Hough Group

($412,440.00)

61.9

20.55

32.2

114.65

1

Baker Turner Inc.

($288,539.00)

52.8

29.37

25.3

107.47

2

The MBTW Group

($397,600.00)

59.8

21.32

23.7

104.82

3

EDA Collaborative*

($282,500.00)

51.5

30

18.3

99.8

4

* During the interview, EDA Collaborative identified key personnel changes in their proposal which is reflected in the above scoring.

 

The highest ranked bidder for the proposal submission and interview process was Envision – The Hough Group. Their proposal demonstrated a superior level of experience of projects and key personnel for a project of this scale and design importance. The interview process clearly defined that their submission was complete and that the scope of work was clearly understood.

 

PRICING ANALYSIS

Following the interviews, staff undertook an analysis of the prices provided by highest priced and lowest priced bidder. There were considerable differences between these two bidders in terms of the hours estimated that would be required to complete the design, working drawing and contract administration components of this project.

 

Low bidder                            Hours (Est.)

EDA                                       1,238

 

The low bidder estimated 1,238 hours to complete this project and therefore, had an average hourly price of $228.19 (E.g. $282,500 / 1,238 = $228.19/hour).

 

Recommended Bidder    Hours (Est.)

Envision                                3,054

 

The recommended bidder estimated 3,054 hours to complete this project and therefore, had an average hourly price of $135.05 (E.g. $412,440 / 3,054 = $135.05/hour).

 

 

 


 

 

 

 

Staff Award                                                                                                                                                                          

177-R-08 Landscape Architectural Consulting Services for Angus Glen Community Park         Page 2 of 3

__________________________________________________________________________________________________

 

 

 

Based on experience with projects of a similar type and scale, staff is of the opinion that the firms with the lowest price(s) did not adequately understand the scale and complexity of the project, the number of hours that are required to complete this project, and /or the length of time for construction that can be realistically anticipated (estimated by staff to be approximately 3,000 hours)

 

Based on the analysis of time for each project component proposed by Envision – The Hough Group (the top ranked proponent), staff requested Envision—The Hough Group review their work plan with the purpose of achieving project efficiencies. Based on this, Envision – The Hough Group indicated that they could modify their work plan appropriately and reduce their original total bid price from $412,440.00 to $363,083.32 which results in cost savings to the Town of $49,356.68 and still maintain the project schedule and work plan. 

 

Note: The price evaluation (out of 30 on Table A) was based on the original price submission from Envision – The Hough Group and was not adjusted to reflect the negotiated price.

 

Therefore, the recommended total award is $253,641.65($363,083.32 - $132,500.00 for surveying, architectural design, skate park design and skating rink design) (Inclusive of $23,058.31 (10% contingency) ).

 


 STAFF AWARD REPORT                     

To:

John Livey, Chief Administrative Officer

Re: 

281-S-08 Contract Extension, Smart Commute 404-7 Program

Date: 

February 18, 2009

Prepared by:

Lorenzo Mele, Transportation Demand Management (TDM) Coordinator

 

RECOMMENDATION

Recommended Supplier

Smart Commute 404-7 (Preferred Supplier)

Original Budget and Account #

$        280,000.00

083-5399-9329-005 Travel Demand Management

Current Budget Available 

$        280,000.00

 

Less cost of award

$          75,000.00

Inclusive of PST , exclusive of GST *

Budget Remaining after this award

$        205,000.00

*

*   The remaining balance of $205,000.00 will be used for other travel demand management projects budgeted for in account # 083-5399-9329-005.

 

Staff further recommends:

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (c) “When the extension of an existing contract would prove more cost-effective or beneficial;”

 

PURPOSE

The purpose of this report is to award the 2009 contract to Smart Commute 404-7 which is managed by the Markham Board of Trade.

 

BACKGROUND

The Markham Board of Trade provides commuter options and transportation demand management (TDM) programs and services to businesses in the Town of Markham under the Smart Commute 404-7 Transportation Management Association.  The Town of Markham Engineering Department in 2006, 2007 and 2008 budgeted $75,000 for this program.  The draft 2009 Capital Budget has also included $75,000 to be funded through Development Charges. To ensure value for the contract, the Markham Board of Trade invoices the Town on a monthly basis with activity reports and detailed invoices which record the level of effort and corresponding results for the invoice period.  Both Staff and Council are represented on the advisory committee with updates being provided to Council on the various programs.

 

At the February 3, 2009 Development Services Committee meeting a staff report and presentation outlining Smart Commute 404-7 past accomplishments, details concerning the revised MOU and their business plan for 2009 will be presented.